To place a bid or register go to Unison Marketplace

View Details for Buy # 1135634_01

View Other Versions: 1135634 

General Buy Information

Buy #: 1135634_01  
Solicitation #: KNOXUSARECG4-SJM0134
Buy Description: Custom logo marketing items
Category: 78 -- Recreational and Athletic Equipment
Sub Category: 7810 -- Athletic and Sporting Equipment
NAICS: 323113 -- Commercial Screen Printing
SAM Contract Opportunity: Yes (If Yes, buys prior to 11/2019 were posted to FBO)
Set-Aside Requirement: Small Business
Buyer: MICC End User
End Date: 05/16/2023
End Time: 11:00 ET
Seller Question Deadline: 5/12/2023 - 11:00 ET
Delivery: 30 Day(s) - Preferred (No. of calendar days after receipt of order (ARO) by which Buyer prefers Seller to deliver)
Repost Reason: Reposted to add a pre-production sample requirement for the trade show table and foldable utility wagon.
Please Note: Repost Reason is provided as a courtesy only. Sellers are responsible for reviewing and complying with all Buy Specifications regardless of Repost Reason.

Line Item(s) Template - Optional

You have the option of entering Bid information manually by clicking Start Bid or you can prepare your Bid in an Excel spreadsheet by clicking Download Template. Complete the template using the instructions provided in the spreadsheet and save the file to your computer. When complete, login to Unison Marketplace and click Start Bid. Proceed to the Line Items screen to upload the information.

Line Item(s)

Item No Description Qty Unit
001 ** Pre-Production Sample Waterproof Dry Bag; produce and provide 1 each physical sample prior to producing the remaining lot of of dry bags. The Government will inspect the applied artwork for color correctness, size and positioning. Produce and provide custom logo waterproof dry bags that are at least a 15" x 25” x 6" bag made of black 200 thread or higher ripstop polyester, holding at least 25 liters. It must feature a roll top closure with side release buckle and two detachable/adjustable shoulder straps and web carrying handle. It must be able to keep contents dry and safe if dropped in the water and be able to float. Each bag will be printed with the Army logo and branding message. The Government will provide a vector file (.eps) after contract award. Logo printing colors are Color: Army black PMS 4224 C; Imprint Method: Silkscreen Image Colors: Logo: Army Gold PMS 123 C, White CMYK 0 0 0 0 goarmy.com: Army Gold PMS 123 C. Ship pre-production sample to: 1st Recruiting Brigade, ATTN: Sean Marshall, 4550 Parade Field Lane, 1st Floor, East Wing, Fort Meade, MD 20755 1 EA
002 Waterproof Dry Bags; produce and provide custom logo waterproof dry bags that are at least a 15" x 25” x 6" bag made of black 200 thread or higher ripstop polyester, holding at least 25 liters. It must feature a roll top closure with side release buckle and two detachable/adjustable shoulder straps and web carrying handle. It must be able to keep contents dry and safe if dropped in the water and be able to float. Each bag will be printed with the Army logo and branding message. The Government will provide a vector file (.eps) after contract award. Logo printing colors are Color: Army black PMS 4224 C; Imprint Method: Silkscreen Image Colors: Logo: Army Gold PMS 123 C, White CMYK 0 0 0 0 goarmy.com: Army Gold PMS 123 C. Multiple shipping addresses required, see document titled "QTY and Delivery Address List" for quantity by delivery location. To meet the needs of the organization, all products must be delivered within 30 days of approval of the pre-production sample. 2050 EA
003 ** Pre-Production Sample Vinyl Beach ball; Produce and provide 1 each physical sample prior to producing the remaining lot of of beach balls. The Government will inspect the applied artwork for color correctness, size and positioning. Produce and provide 48 inch inflatable beach balls with custom logos applied, multiple-tone beach ball with alternating black/white and/or yellow/white variations are acceptable. Printed logos of the Army logo and tagline "Be All You Can Be" and goarmy.com, each will be featured on separate white panels. The Government will provide a vector file (.eps) after contract award. A one-color imprint of the Army logo. One-color tag line and goarmy.com on the other separate panels. Logo printing colors are Color: Army black PMS 4224 C; Image Colors: Logo: Army Gold PMS 123 C, goarmy.com: Army Gold PMS 123 C. Ship pre-production sample to: 1st Recruiting Brigade, ATTN: Sean Marshall, 4550 Parade Field Lane, 1st Floor, East Wing, Fort Meade, MD 20755 1 EA
004 Produce and provide 48 inch inflatable beach balls with custom logos applied, multiple-tone beach ball with alternating black/white and/or yellow/white variations are acceptable. Printed logos of the Army logo and tagline "Be All You Can Be" and goarmy.com, each will be featured on separate white panels. The Government will provide a vector file (.eps) after contract award. A one-color imprint of the Army logo. One-color tag line and goarmy.com on the other separate panels. Logo printing colors are Color: Army black PMS 4224 C; Image Colors: Logo: Army Gold PMS 123 C, goarmy.com: Army Gold PMS 123 C. Multiple shipping addresses required, see document titled "QTY and Delivery Address List" for quantity by delivery location. To meet the needs of the organization, all products must be delivered within 30 days of approval of the pre-production sample. 520 EA
005 ** Pre-Production Sample Produce and provide 1 each physical sample prior to producing the remaining lot of of beach umbrellas. The Government will inspect the applied artwork for color correctness, size and positioning. Beach Umbrella, at least 7 foot across x 6 panel construction umbrella with a frame of at least 38mm wood shaft and a two-piece frame with a brass screw or tilting connection. The umbrella section made of Black polyester canvas canopy with wind vent, featuring the Army branding colors. The pole must have a corkscrew/spiral anchor tip device for implanting the umbrella in the sand. Printing: a weather-resistant silkscreen imprint of the Army logo; the tagline and goarmy.com on separate panels. The Government will provide high resolution vectored art files upon contract award. Ship pre-production sample to: 1st Recruiting Brigade, ATTN: Sean Marshall, 4550 Parade Field Lane, 1st Floor, East Wing, Fort Meade, MD 20755 1 EA
006 Custom Logo Beach Umbrella, at least 7 foot across x 6 panel construction umbrella with a frame of at least 38mm wood shaft and a two-piece frame with a brass screw or tilting connection. The umbrella section made of Black polyester canvas canopy with wind vent, featuring the Army branding colors. The pole must have a corkscrew/spiral anchor tip device for implanting the umbrella in the sand. Printing: a weather-resistant silkscreen imprint of the Army logo; the tagline and goarmy.com on separate panels. The Government will provide high resolution vectored art files upon contract award. Multiple shipping addresses required, see document titled "QTY and Delivery Address List" for quantity by delivery location. To meet the needs of the organization, all products must be delivered within 30 days of approval of the pre-production sample. 1020 EA
007 ** Pre-Production Sample Produce and provide 1 each physical sample prior to producing the remaining lot of of fold-able utility wagons. The Government will inspect the applied artwork for color correctness, size and positioning. Produce and provide fold-able utility wagons, made of black polyester fabric, folding metal frames with oversize flotation plastic wheels capable of carrying up to 150 pounds; approximate unfolded size of Size: 36 inches x 20 inches x 23 inches. Custom logo printing of the Army logo in color Army Gold PMS 123 C on each side with a logo imprint Size 12.00" x 5.00" (End Panel), 6.00" x 3.00" (Side Panel) Two color logos. The Government will provide high resolution vectored art files upon contract award. The Contractor shall provide a digital proof for review and potential changes prior to producing the products. Multiple shipping addresses required, see document titled "QTY and Delivery Address List" for quantity by delivery location. To meet the needs of the organization, all products must be delivered within 30 days of approval of the digital proof. 1 EA
008 Produce and provide fold-able utility wagons, made of black polyester fabric, folding metal frames with oversize flotation plastic wheels capable of carrying up to 150 pounds; approximate unfolded size of Size: 36 inches x 20 inches x 23 inches. Custom logo printing of the Army logo in color Army Gold PMS 123 C on each side with a logo imprint Size 12.00" x 5.00" (End Panel), 6.00" x 3.00" (Side Panel) Two color logos. The Government will provide high resolution vectored art files upon contract award. The Contractor shall provide a digital proof for review and potential changes prior to producing the products. Multiple shipping addresses required, see document titled "QTY and Delivery Address List" for quantity by delivery location. To meet the needs of the organization, all products must be delivered within 30 days of approval of the pre-production sample. 65 EA
009 ** Pre-Production Sample Produce and provide 1 each physical sample prior to producing the remaining lot of of folding beach chairs. The Government will inspect the applied artwork for color correctness, size and positioning. Produce and provide custom logo folding/reclining Backpack Chair with backpack straps and an armrest drink holder. The chair must have a heavy-duty aluminum frame with six seating positions, an extra-wide seat made from durable polyester canvas, and an integrated pillow, product must be rated to support 300 lbs. person. Two-Color printing logo, and goarmy.com on the back of the chair with an approximate log size of least 10” x 20”. The Government will provide high resolution vectored art files upon contract award. Ship pre-production sample to: 1st Recruiting Brigade, ATTN: Sean Marshall, 4550 Parade Field Lane, 1st Floor, East Wing, Fort Meade, MD 20755 1 EA
010 Produce and provide custom logo folding/reclining backpack chairs with backpack straps and an armrest drink holder. The chair must have a heavy-duty aluminum frame with six seating positions, an extra-wide seat made from durable polyester canvas, and an integrated pillow, product must be rated to support 300 lbs. person. Two-Color printing logo, and goarmy.com on the back of the chair with an approximate log size of least 10” x 20”; The Government will provide high resolution vectored art files upon contract award. Multiple shipping addresses required, see document titled "QTY and Delivery Address List" for quantity by delivery location. To meet the needs of the organization, all products must be delivered within 30 days of approval of the pre-production sample. 2050 EA
011 Provide custom logo mini bottles of sunscreen; 1.5 oz. squeeze plastic bottles with a plastic, screw-on, flip top cap filled with an unscented, SPF30, zinc oxide sunscreen. Bottles must have a hole on the end with an attached metal carabiner and the Army logo and website information printed on the bottle. The Government will provide high resolution vectored art files upon contract award. Multiple shipping addresses required, see document titled "QTY and Delivery Address List" for quantity by delivery location. To meet the needs of the organization, all products must be delivered within 30 days of approval of the digital artwork proof. 10100 EA
012 ** Pre-Production Sample Produce and provide 1 each physical sample prior to producing the remaining lot of of stretch fabric trade show tables. The Government will inspect the applied artwork for color correctness, size and positioning. Provide custom logo, stretch fabric round trade show tables that are 30 inches in diameter and 42 inches tall. Each table to be wrapped with a black stretchable 250gsm 100% polyester fabric with an anodized aluminum folding frame with color dye sublimation artwork from the Government provided art files. The Contractor shall provide digital proofs for review and approval prior to producing the actual products. All components must break down without tools and be stored within an included zippered storage bag. Approximate size of the required logos are: Table top: Vertical logo at least 20” tall printed in Army Gold PMS 123 C; Side Image: Be All You Can Be, printed in Army Gold PMS 123 C. Multiple shipping addresses required, see document titled "QTY and Delivery Address List" for quantity by delivery location. To meet the needs of the organization, all products must be delivered within 30 days of approval of the approved digital proof. 1 EA
013 Provide custom logo, stretch fabric round trade show tables that are 30 inches in diameter and 42 inches tall. Each table to be wrapped with a black stretchable 250gsm 100% polyester fabric with an anodized aluminum folding frame with color dye sublimation artwork from the Government provided art files. The Contractor shall provide digital proofs for review and approval prior to producing the actual products. All components must break down without tools and be stored within an included zippered storage bag. Approximate size of the required logos are: Table top: Vertical logo at least 20” tall printed in Army Gold PMS 123 C; Side Image: Be All You Can Be, printed in Army Gold PMS 123 C. Multiple shipping addresses required, see document titled "QTY and Delivery Address List" for quantity by delivery location. To meet the needs of the organization, all products must be delivered within 30 days of approval of the approved digital proof. 405 EA
014 Freight/Shipping, use this line to price all freight/shipping charges. Each shipment must include adult signature required delivery confirmation. Tracking information and delivery confirmation for each shipment shall be provided to the Government POC's identified after contract award. 1 Job

Bidding Requirements

Instructions
Open Market bids are accepted in this solicitation; however, please refer to the specifications below, including 'Set-Aside Requirement' provision, for additional requirements.
The Buyer is allowing Sellers to submit bids for alternate items, provided those items meet all of the salient physical, functional, or performance characteristics specified by this solicitation. Sellers MUST enter exactly what they are bidding (including make, model and description) into the blank description field in order for the bid to be considered. The Buyer will evaluate 'equal' items on the basis of information furnished by the Seller or identified in the bid and reasonably available to the Buyer. The Buyer is not responsible for locating or obtaining any information not identified in the Bid.
The Buyer is requiring that any rebid must be lower than the 'current bid price' by this amount. The reduction is based on the total order and must be satisfied within the rebid minimum.
Buyer intends to issue award using a purchase order, delivery order, or purchase card. If utilizing a purchase card, Buyer will communicate account information to Selected Seller outside of the Marketplace.
This solicitation is a Small Business Set-Aside and only qualified Sellers can bid.
Buyers and Sellers agree to conduct this transaction through Unison Marketplace in compliance with the Unison Marketplace Terms of Use. Failure to comply with the below terms and conditions may result in offer being determined as non-responsive.
Interested offerors must submit any questions concerning the solicitation at the earliest time possible to enable the buyer to respond. Questions can be submitted by using the 'Questions & Responses' link. Questions not received within a reasonable time prior to close of the solicitation may not be considered.
Unless otherwise specified in the Buy Terms, below, Bid must be good for 30 calendar days after close of Buy and shipping must be free on board (FOB) destination CONUS (Continental U.S.)

Buy Terms

Name Description
Unfunded Requirement This is currently an unfunded requirement with a high expectation that funds will be available. When and if funds become available a contract will be awarded at that time.
Provisions The offeror must comply with the following commercial item terms and conditions: FAR 52.252-1, Solicitation. Provisions Incorporated by Reference; FAR 52.212-1, Instructions to Offerors; 52.212-3, Offeror Representations and Certifications; FAR 52.211-6, Brand name or Equal.
Clauses The following clauses apply to this solicitation: FAR 52.212-4, Contract Terms and Conditions – Commercial Items. The following FAR clauses in paragraph (b) of FAR clause 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, apply: 52.204-10, Reporting Executive Compensation and First Tier Subcontract Awards; 52.219-6, Notice of Total Small Business Set-Aside; 52.219-28, Post Award Small Business Program Rerepresentation; 52.222-3, Convict Labor; 52.222-19, Child Labor-Cooperation with Authorities and Remedies; 52.222-21, Prohibition of Segregated Facilities; 52.222-26, Equal Opportunity; 52.222-36, Affirmative Action for Workers with Disabilities; 52.225-13, Restrictions on Certain Foreign Purchases; 52.232-33, Payment by Electronic Funds Transfer--System for Award Management. 52.233-4, Applicable Law for Breach of Contract Claim; The following DFARS clauses apply: DFARS 252.04-7004, Alternate A System for Award Management; 252.211-7003, Item Identification and Valuation; 252.225-7002, Qualifying Country Sources as Subcontractors; 252.232-7010, Levies on Contract Payments; 252.203-7000, Requirements Relating to Compensation of Former DoD Officials; 252.225-7001, Buy American Act and Balance Of Payments Program; 252.225-7036, Buy American Act -- Free Trade Agreements -- Balance of Payments Program; 252.232-7003, Electronic Submission of Payment Requests; 252.247-7023, Primary and ALT III, Transportation of Supplies by Sea.
SAM Registration IAW 52.204-7 System for Award Management (SAM) Registration (July 2013), the offeror must be registered in SAM and fully input their Representations and Certifications for a complete record. Information can be found at http://www.sam.gov or by calling 866-606-8220, or 334-206-7828 for international calls. 52.204-13 - System for Award Management Maintenance
Shipping Shipping is FOB Destination CONUS (CONtinental U.S.).
New Equipment New Equipment ONLY. NO USED OR REMANUFACTURED PRODUCTS WILL BE ACCEPTED.
Quote Submitted Quotes will be valid for 45 days after the auction closing.
Request for Quote This solicitation is issued as a Request for Quotation (RFQ), not an invitation for bid (IFB).).
FARsite IAW FAR 52.252-2 Clauses Incorporated by Reference, for the extended description here is the website: https://www.acquisition.gov/
NAICS & Size Standard The associated North American Industrial Classification System (NAICS) code for this procurement can be found. The small business size standard for that NAICS code can be found at https://www.sba.gov/sites/default/files/files/Size_Standards_Table.pdf
AMC-Level Protest Program 5152.233-4000 AMC-LEVEL PROTEST PROGRAM (Feb 2014) (LOCAL CLAUSE) Prior to submitting an agency protest, it is preferable that you first attempt to resolve your concerns with the responsible contracting officer (Phone: (315)772-7272 or Email: usarmy.drum.acc-micc.mbx.micc@mail.mil). However, you may also file a protest to the Headquarters (HQ), Army Materiel Command (AMC). The HQ AMC-Level Protest Program is intended to encourage interested parties to seek resolution of their concerns within AMC as an Alternative Dispute Resolution forum, rather than filing a protest with the Government Accountability Office (GAO) or other external forum. Contract award or performance is suspended during the protest to the same extent, and within the same time periods, as if filed at the GAO. The AMC protest decision goal is to resolve protests within 35 calendar days from filing. To be timely, protests must be filed within the periods specified in FAR 33.103. If you want to file a protest under the HQ AMC-Level Protest Program, the protest must request resolution under that program and be sent to the address below. Headquarters U.S. Army Materiel Command Office of Command Counsel-Deputy Command Counsel 4400 Martin Road Rm: A6SE040.001 Redstone Arsenal, AL 35898-5000 Fax: (256) 450-8840 or email usarmy.redstone.usamc.mbx.protests@mail.mil The AMC-Level Protest procedures are found at: https://www.amc.army.mil/Connect/Legal-Resources/. If internet access is not available, contact the contracting officer or HQ, AMC to obtain the HQ AMC-Level Protest Procedures.
Service Terms: "52.204-9, Personal Identity Verification of Contractor Personnel; 52.204-10, Reporting Executive Compensation and First-Tier Subcontract Awards; 52.222-41, Service Contract Act; 52.237-2, Protection of Government Buildings, Equipment and Vegetation; 252.201-7000, COR Clause; 252.223-7006, Prohibition On Storage And Disposal Of Toxic And Hazardous Materials; 252.243-7001, Pricing of Contract Modifications; 252.246-7000, Material inspection and receiving report"
Provision 252.209-7999 Representation by Corporations Regarding an Unpaid Tax Liability or a Felony Conviction under any Federal Law.
Provision 252.232-7006 Wide Area WorkFlow Payment Instructions
Clause 252.204-7012 252.204-7012 Safeguarding of Unclassified Controlled Technical Information
PALLETIZATION All deliveries shall be palletized when the material exceeds 250 lbs. (excluding the pallet), or exceeds 20 cubic feet, to comply with the requirements of Department of the Army Pamphlet 700-32 and MIL-STD-147E.
Basis of Award IAW FAR 52.212-2; Evaluation - Commercial Items, the following factor shall be used to evaluate offers: technical capability of the item offered to meet the Government requirement and price. Technical capability is a pass fail requirement. Evaluation is based on a lowest price technically acceptable.
No Multiple Awards No multiple awards will be made. Quotes received through Unison Marketplace will be evaluated and awarded on an “all-or-nothing” basis.
Clause 252.232-7006 Wide Area WorkFlow Payment Instructions
Vendor Questions Please address your questions through the Unison Marketplace buy. If your questions are not being answered in a timely manner, please send your question to the S2P2 Contracting Officer - usarmy.drum.acc-micc.mbx.micc@army.mil or call 315-772-5582.
Buy American Act In accordance with DFAR provision 252.225-7000 Buy American Act--Balance of Payments Program Certificate, I certify that each end product, except those listed in paragraphs (c)(2) or (3) of the attached provision, is a domestic end product. ****YOU MUST FILL OUT THE ATTACHED IF OTHER THAN DOMESTIC END PRODUCT IF YOU DO NOT FILL IT OUT AND YOU DELIVER OTHER THAN A DOMESTIC END PRODUCT YOUR DELIVERY WILL NOT BE ACCEPTED********** ****READ DFARs Clause 252.225-7001 to ensure your product comes from a QUALIFYING COUNTRY******* ****IF YOU QUOTE A PRODUCT OTHER THAN DOMESTIC FROM A NON-QUALIFYING COUNTRY YOUR QUOTE WILL NOT BE ACCEPTED*****
Clause 52.204-25 Reporting During Contract Performance
52.222-26 Equal Opportunity

Shipping Information

City State   Zip Code
Funding address KY   40121

Seller Attachment(s): Required

MANDATORY_-_BUY_AMERICAN_ACT_Provision
Must provide descriptive literature for all products quoted.

Buy Attachment(s)

No. Document Name   Document Size
001 US_Army_Logo.JPG   23 KB
002 Trade_Show_Table_with_Stretch_Fabric.png   141 KB
003 Sunscreen_Bottle.png   51 KB
004 BackPack_reclining_chair.png   107 KB
005 Tagline_and_Website.JPG   18 KB
006 MANDATORY_-_BUY_AMERICAN_ACT_Provision.docx   13 KB
007 Foldable_Utility_Wagon.jpg   38 KB
008 Beach_Umbrella.png   62 KB
009 Waterproof_Dry_Bag.png   327 KB
010 Qty_and_Delivery_Address_List.pdf   367 KB